Академический Документы
Профессиональный Документы
Культура Документы
1
Scanned by CamScanner
REQUEST FOR PROPOSAL
P.T.O
3
Scanned by CamScanner
Instructions to the bidder
Chapter 1: Background and Scope
1.1 Introductions
Archaeological Survey of India (ASI) intends to prepare Photogrammetric survey maps of
centrally protected monuments and sites covering the Protected, Prohibited and Regulated
areas around the centrally protected monuments in phased manner under the jurisdiction of
Western Region, which are located at Mumbai Circle, Aurangabad Circle, Jaipur Circle, Jodhpur
Circle, Vadodara Circle and Nagpur Circle respectively.
List of the monuments / sites for which Survey Maps are to be prepared are given as
under:
Sl. Name of the Monument Location / Protected, Rate/ Amount in
No. District Prohibited and Acre in Rs.
Regulated areas Rs.
in Acres
(Approximately)
1. Old Fort (Solapur fort) Sholapur/ 295.00 Acres 2475.00 730125.00
Sholapur
2. Panta'sKot or Got open Karad/Satara 97.60 Acres 2475.00 241560.00
space (PantachaKot or got)
3. Jogeshwari Caves Majas/ 94.70 Acres 2475.00 234382.50
Mumbai
Suburban
4. Fort of Shivneri Junnar 550.00 Acres 2475.00 1361250.00
5. Agha Khan Palace Poona/Pune 250.00 Acres 2475.00 618750.00
Buildings
5
IV. Fixing reference survey points at one or more location.
V. Delivering Survey Plan in Hard copy as well in soft copy.
(i) Contouring, preferably at one meter interval. It can vary depending of landscape if it
is hilly plain terrain with cliffs then contour intervals can be increased. If the
landscape is plain then it can be reduced to 0.5 meter.
(ii) Fixing of Bench Mark on ground at one or more locations.
(iii) Fixing reference survey points on ground at one or more locations,
(iv) Protected area of monument or site needs to be mapped in such a manner that all
structures and features present within the area can be easily identified.
(v) Mapping of all structures within the area of the survey on the plan,
(vi) Mapping other features like tank, embankment, mud fortifications, remains of
ancient structures, important land marks, building, etc. on the plan
(vii) Indicating roads and pathways on the plan,
(viii) Indicating, garden area, green area, open areas, water bodies on the plan,
(ix) Indicating trees,
(x) Indicating sewer lines, open drains and water supply lines, rivers, streams, rivulets,
etc.
(xi) Indicating portion of sea, if falls within the area of Survey plan.
(xii) The Survey Plan shall be gridded suitably considering size of the area covered under
survey plan.
(xiii) Any other feature that is required to be incorporated in consultation with the
Superintending Archaeologist Archaeological Survey of India, Sion Fort, Sion (E)
Mumbai- 400 022
(xiv) Additional 20/50 meter area beyond the exterior limit of regulated area shall be
included in the survey plan for better understanding.
(xv) Apart from the above parameters, other information to be furnished in the
photogrammetric map are specified as; height of the highest building present in the
prohibited, first regulated (100-200 m) and second regulated (200-300 m) areas
direction wise; height of the monument; précised G.P.S coordinates of the
monument; close 3D model / photography covering the protected, prohibited and
regulated area of the monument; close 3D photography, showing the condition of
the monument and its premises; the common land use in the prohibited and
regulated area of the monument direction wise; naming and demarcation of existing
government, public, religious, and other buildings; demarcation of Vernacular
architecture if present; area calculation in square meters / acres, of the land present
under the protected, prohibited and regulated boundaries of the monument;
demarcation of natural elements such as – water bodies, rivers, mountains, forest
lands etc. if present; the forms of open spaces present; types of roads.
(xvi) present – metalled, bitumen, cement concrete, earthen, paved etc.; total area in
square meters covered under the roads and pathways present in the prohibited and
6
the regulated area of the monument; total area of the land covered under the
circulation pathways inside the protected limit of the monument.
i. Establishing precise and adequately timed Ground Control Points (GCP) using
Total station with DGPS. OR The ROAV should be enabled with RTK kit for
precise geographic location.
ii. Aerial Photography capture High Resolution ˂10 cm or less GSD aerial imagery
should be captured for the entire region. The photography shall be collected
utilizing a direct digital aerial mapping.
iii. The digital aerial camera system must be equipped with GPS and inertial
measurement unit (IMU) systems. As ASI envisages completing the Project with
as soon as possible, the preference shell be given to Aerial Photography with
modern sensors and thereby minimizing the Ground control without affecting
quality of deliverables.
iv. Photography shall not be taken when the ground is obscured by snow, haze, fog,
dust, or when cloud shadows shall appear on more than five percent (5%) of the
area in any one photo.
v. The proposed approach to aerial photography acquisition should outline the
respondent's intended flight plan including proposed date and time of
photography, flight height, scale, flight lines, end lap and side lap, planned aerial
equipment, materials, and relevant quality control procedures.
vi. Grab must not exceed five-degrees between any two consecutive flights, nor
more than three degrees on anyone flight line. The aerial acquisition shall extend
two exposures beyond the mapping limits to obtain full or the photo images and
to reach pre-targeted ground control points, as necessary.
vii. Full Analytical Aerial Triangulation (FAAT) techniques shall be used in
conjunction with ground control to establish a consistent horizontal datum for
the entire project area. The bidder should satisfy himself regarding:
a) Gaps in stereo coverage
b) Differentially corrected GNSS/GPS and IMU data of exposure stations.
c) Imaging of pre-pointed targets on aerial digital photographs.
d) Differentially corrected GNSS/GPS data of pre-pointed controls.
e) Image characteristics including ground sampling distance of aerial digital
photography data
viii. Geo referencing & Creation of Ortho Photo, DEM Contours, for the entire project
area should be created to support the generation <10 cm GSD ortho photos. The
contour intervals of the area surveyed should be at least 0.5 m. Apart from the
topographic, features captured during feature extraction in Stereo mode stage
(streams, drainage, embankments, raised field bunds, roads, railways, water-
bodies etc.),
ix. Break lines shall also be captured comprehensively wherever slope changes are
visible in stereo model due to complicated terrains or man-made structures.
Proper use of hard and soft break lines shall be made in DTM editing.
7
x. DTM points shall be captured automatically, semi-automatically or manually, as
per the condition of the terrain and land use / land cover. It is required to
produce digital colour Orto photo images for the entire Area of Interest in exactly
< 10 CM GSD native pixel resolutions.
xi. Ortho photo files must have no overlap and must be precisely edge matched and
contrast and tone balanced so as to appear to be a continuous photographic
image over the entire AOI. Upon completion of the aerial photography, and as
soon as possible afterwards, the bidder shall provide with one or more sample
digital image(s) in raw tiff format for overall image quality verification.
xii. The images procured shall be Tonal balanced, mosaic kedai and feature enhanced
for achieving the best result for the vectorization. All ground positions
determined shall be in the common reference system that is WGS84 Datum and
UTM Projection. Final values shall be in meter and 2 places of decimal.
xiii. As far as possible Differential Global Positioning System (DGPS) instruments
shall be used for collection of Ground Control Planning (GCP), and all DGPS
equipment must be set-in to GCS -World Geodetic System 1984 (WGS84) Datum
uniformly.
xiv. RAW and post-processed DGPS readings along with original source file for each
location shall be submitted. As soon as the work is completed, in case to TS,
original downloaded file and a CSV file must be submitted along with raw data
clearly depicting the occupies station, back station and the co-ordinates in NEZ
format.
xv. Within 20 days the firm should communicate the work.
xvi. Before finalizing it will show to the Superintending Archaeologist Archaeological
Survey of India, Mumbai Circle.
1.5 Derivable:
i. The bidder shall submit key plan of the site in 1:1000 scale in Hard Copy. All
plans, indicating the contour lines, demarcating all permanent features as
mentioned above. Contour Plan with contour drawn at 0.5m interval for specific
feature.
ii. All the maps and drawings should be prepared in digitized forms using Inkjet/
Pen plotter and standard computer software like Auto Cad (latest version) on
standard A0 size polyester base film.
iii. Contour maps at site- The grids for the survey work shall be established in N-S &
E-W direction (Corresponding to magnetic North) and the survey reference shall
be spheroid WGS 84
iv. The bidder shall submit three hard copies and two soft copies in CD/DVD of all
draft reports for review and approval.
v. After approval, specified prints of all the maps on polyester base film/high
quality paper along with two sets in soft format in a CD/DVD shall be submitted.
8
1.5.2 Drawings
(i) All drawing shall be prepared on Auto CAD. The Auto CAD drawings shall have
different layers for different features as mentioned above and in consultation
with the officer-ln-Charge.
(ii) X, Y, Z co-ordinates of all spot/ground points shall be provided in CSV file as
directed by Engineer in-charge with point numbers and feature coding as per list
of codes given by Engineer ln-Charge.
(iii) The drawings should contain the features as given in B.4.
(i) All the raw data generated through Differential Global Positioning System
(DGPS)/ Total Station Survey (TSS) should be processed to provide the output.
(ii) All the raw and processed data in forms becomes the property of ASI and must be
handed over to ASI. All electronic data should be copied in a hard disc and given
to ASI.
2.1. Eligibility Criteria: The bidder should fulfil the following eligibility criteria (proof of
each to be submitted).
9
(viii) The bidder should ensure that no relative of him or his relatives are staff of ASI in
any capacity.
(ix) Documentary evidence must be submitted in the form of Work Orders and
Experience Certificates in support of above claims. Any statements with regards
to above qualification criteria without proof will be assumed to be invalid and
agency will be disqualified on that ground. The only agencies fulfilling all the
above criteria will be shortlisted technically.
(x) The bidder on qualification in the technical bid shall have to submit data and/or
give a demonstration on the completed projects done covering parameters
specified in chapter 1, above.
(xi) Experience certificate for the work executed in Archaeologist and state
Archaeologist, or Similar work in other Government organisation.
i. Any site information given in this tender document is for reference only. The
bidder is advised to visit and examine the site of works and its surroundings and
obtain ground information for himself at his own responsibility and cost. All
information that may be necessary for preparing the tender and for the execution
of the assignment. The bidder shall be deemed to have inspected the site and its
surroundings beforehand and taken into account all relevant factors pertaining
to the site in the preparation and submission of the tender.
ii. All cost/ expenditure for visiting the monument or site and other contingencies
involved for the purpose of preparing Survey Plans shall be borne by the bidder.
iii. The bidder and any of his personnel or agents may contact the ln-Charge of Sub
Circles for the purpose of such inspection, but only upon the express condition
that, the bidder, his personnel and agents, will release and indemnify the
Engineer or his representatives from and against all liability in respect of such
inspection and will also be responsible for death or personal injury, loss or
damage to property and any other loss, damage, costs and expenses incurred as a
result of the inspection.
iv. It is the responsibility of bidders to visit the site and obtain all information
necessary for the purpose of preparing Tenders. The bidders must inspect and
fully satisfy themselves as to the requirements and extent of the assignments.
v. The bidder should inform about schedule of site visit well in advance for better
communication
10
2.3. Tender Document / proposal:
i. The tender documents can only be downloaded from the departmental website
i.e. http://asi.nic.in/and Central Public Procurement Portal
http://eprocure.gov.in/.The tender documents contain the schedules stated
below and should be read in conjunction with any Addenda/Amendments issued
subsequently.
a) Instruction to bidders
b) Annexure-I, Details of the Bidder
c) Annexure-II, Price Bid
d) Annexure-III, Terms of Reference
ii. The bidder shall examine carefully all the contents of the tender documents
including instructions, conditions, terms, specifications and drawings and take
them fully into account before submitting his offer. Failure to comply with the
requirements as detailed in these documents shall be at the renderer’s own risk
and tender submission will render the tender liable for rejection. Pursuant to
clause 3 above, tenders which are not responsive to the requirements of the
tender conditions will be rejected.
i. At any time prior to the deadline for submission of tenders, the Superintending
Archaeologist, ASI Mumbai Circle, may for any reason, whether on his own
Initiative or in response to a clarification by a prospective bidder, modify the
tender documents by issuing addenda.
ii. A bidder requiring any clarification regarding the tender documents contact the
Superintending Archaeologist, ASI Mumbai Circle, (at
www.circlemum.asi@gmail.com) through e-mail only. The queries will be
responded which were received 3 days prior to the deadline for submission of
tenders. The queries will be uploaded in the web site
www.circlemum.asi@gmail.com & CPP Portal only including a description of the
enquiry, but without mentioning the source of the enquiry. It is to be noted that
no queries, clarifications will be received after the period stipulated above.
iii. All prospective bidders are requested to browse the web site for information. It is
deemed that they are fully aware of the corrigendum so issued once they bid for
the work.
iv. Any amendments thus issued will be hosted on the website up to two days prior
to the dates specified for submission of the bids. All the bidders who have
downloaded the bid document shall verify if any such amendment/modifications
have been issued before submitting their bid and shall take cognizance of and
include such amendment(s) in their submission. In any case, the amendment(s)/
modification(s) if any shall be binding on the bidder. No separate
notice/intimation of amendments/modifications will be sent to those who have
downloaded the document from the web.
11
v. If any addendum is issued, reasonable time will be given to bidders to take the
corrigendum into account in preparing their tenders, in which case, the
authorities may extend the deadline for submission offenders.
vi. While all efforts have been made to avoid errors in the drafting of the tender
documents, the tenderer is advised to check the same carefully. No claim on
account of any errors detected in the tender documents shall be entertained.
i. The tender and all correspondence and documents related to the tender,
exchanged between the bidder and the Superintending Archaeologist Mumbai
Circle shall be written in the English Language only.
ii. Any litigation arising out of this assignment shall only adjudicate before the
competent court of law within the jurisdiction of the Hon'ble High Court of
Mumbai. Bids in open condition or through e-mail or in any other form will not
be accepted.
iii. The completed bid must be uploaded through online system on before 15.00 hrs
on 16/09/2019. The bids will be opened and processed thereafter as per the
schedule given above.
iv. The Tender EMD Cost in D.D. may be sent by courier/speed post/dropped at the
tender box in person as per the convenience of the bidder. However ASI will not
be responsible for the non-receipt or delayed receipt of the tender. Any tender
received beyond the closing hours through courier or post will not be accepted
and will be returned to the sender.
v. In the event of the date for the submission of tender is declared a holiday, the
bids will be received up to the appointed time on the next working day. Other
schedules will be changed accordingly.
vi. The bidders shall bear all costs associated with the preparation and submission
of its bid, including cost of technical presentation, preparation of the samples etc.
ASI will in no case be responsible or liable for those costs, regardless of the
outcome of the tendering process.
vii. No bid may be modified subsequent to the submission of bids.
12
ii. EMD Duly filled Annexure-I giving the eligibility details supported by documents
as listed there in.
iii. Duly signed terms and conditions Annexure-III uploaded on the website.
i. The cover shall have the Memorandum providing the price bid, the price bid
should be unconditional.
ii. The cover should be superscripted "Financial Bid for preparation of Survey maps
covering protected prohibited and regulated area of centrally protected
monuments and sites within the Western Region of ASI.
iii. The name and the address of the firm also should be clearly Stamped/printed on
this cover.
iv. This cover should contain the duly filled in price bid Annexure-II supported by
the documents requested there in.
i. The bids will be opened at 15.00 on 17/09/2019 in the O/o the Superintending
Archaeologist Archaeological Survey of India, Sion Fort, Sion (E) Mumbai- 400 22
Prior to the opening the names of bidders, who have given advance notice for
modification or for withdrawal of their bids from the tendering process well
before the deadline for the submission of bids. Bid envelopes of the bidders who
wish to withdraw from the tendering process, shall be returned to their
representatives, if present or sent by post unopened to their addresses.
ii. Technical bid will be opened after verification of EMD, qualification, experience
etc. to participate in the technical evaluation.
iii. On satisfying the qualification, bidder’s background and previous work
experience will be evaluated by the Technical Evaluation Committee.
iv. The bidder shall make a presentation before the Technical Evaluation Committee
(TEC) about his technical resources and the survey work performed before. He
may also show the outputs to the Technical Evaluation Committee along with the
photographs of the site. The firm may also highlight the difficult or significant
work done by them.
v. TEC may at its discretion call for additional information/clarifications from the
bidders. Such information has to be supplied within the time frame set out by the
TEC, otherwise TEC shall make its own reasonable assumptions at the risk and
cost of the bidders and the bid is liable to be rejected.
vi. For verification of information submitted by the bidders, the TEC may visit their
sites/premises of the firm to verify the facilities, if required at its own cost. The
TEC may verify confidentially the credentials and performance with their
previous clients.
vii. After due evaluation of Technical capabilities of the bidders, through a marking
system, the TEC would submit its recommendation clearly bringing out the
technically accepted bids.
13
viii. After evaluation by the committee, the financial bids of short listed bidders will
be opened either on the same day or on the subsequent day.
(i) The successful bidder should give an undertaking that the data observed and
submitted are genuine, accurate and are not interpolated. High level of accuracy
of data, which should only be empirical and not interpolated, is expected, binding
on the bidder and he should ensure the same.
(ii) The successful bidder must deploy the instruments and manpower to initiate the
work within the stipulated time.
(iii) The performance will be evaluated by an Experts Committee constituted for this
purpose in a given schedule of time. If the Experts Committee is of the opinion
that the standard of data generated by the bidder is below standard or inaccurate
or arbitrary, the work order will be cancelled and the performance security will
be forfeited.
(iv) The Experts Committee will devise its own method of verification of data
submitted by the firm and the decision of the Committee is final and binding on
the firm. The data generated may also be checked and verified by an officer
deputed by this office on day to day basis.
(v) The successful bidder shall be required to submit performance security
equivalent to as per above said rule of the order value for the satisfactory
performance/completion of the complete order in the form of FDR drawn in
favour of the Superintending Archaeologist Archaeological Survey of India, Sion
14
Fort, Sion (E) Mumbai- 400 022 seven days before the initiation of the work. On
the production of performance security the D.D. of EMD will be returned to the
bidder.
(vi) If the performance security amount is not placed, the EMD will be forfeited.
(vii) Performance security may be invoked if the firm did not initiate or complete the
work within the stipulated time or their work is not up to the standards in the
periodic evaluation by Experts Committee.
C. Other Conditions
(i) Any bid received by ASI after the deadline for submission of bids prescribed
above will be summarily rejected and returned unopened to the bidder at the
address mentioned on the outer cover by Speed Post/Registered post.
(ii) ASI will not be responsible for any postal delay or non-receipt/non-delivery of
the bid. No further correspondence will be entertained on the subject.
(iii) All the necessary data required for completing the Photogrammetric survey such
as Development Plan, CTS Survey etc. to be collected the same from the relevant
department by the agency.
(iv) A bidder cannot modify the bid to after the submission. Bidder may withdraw his
bid through written submission to the opening authority before the expiration of
deadline prescribed for submission of bids.
(v) Bids shall be valid for 90 days from the date of opening. ASI holds the right to
reject a bid valid for a period shorter than 90 days as nonresponsive without any
correspondence.
(vi) ASI reserves the right to accept any bid, and to cancel / abort the Tender process
and reject all bids at any time prior to award of contract, without thereby the
incurring any liability to the affected agency or agencies, of any obligation to
inform the affected agency of the grounds for ASI action and without assigning
any reason.
(vii) The bid shall be submitted in the form of printed document. Bids submitted other
modes or in unsealed envelopes shall not be entertained.
(viii) Any effort by a bidder to influence ASI in its decisions on bid evaluation, bid
comparison or award of the contract may result in the bid rejection.
(ix) Queries will be answered through email/telephone only.
(x) No bid less than 10% of the estimated tender value will be entertained and shall
be considered INVALID.
15
3. Delivery Schedule and Penalty:
(i) The successful bidder shall initiate and complete the work within the stipulated
time. Any delay in initiation or completion will be allowed at the sole discretion
of the Superintending Archaeologist Archaeological Survey of India, Sion Fort,
Sion (E) Mumbai- 400 022. If the request is rejected, the work order may be
cancelled or penalty may be levied.
(ii) At the discretion of the ASI, any delay beyond the approved time limit, will invite
penalty @ 0.2% of the order value per day of default. This amount will be
deducted from the invoice.
(iii) The work will be checked at the field condition by ASI officials and Expert
Committee for accurate performance.
4. Payment:
1. The payment will be made through a FDR or remitted to the bidders account
through NEFT / RTGES on production of a mandate form from the Bank within
reasonable time.
2. AII statuary deductions like TDS will be done as per rules.
1. Since the areas of the above said centrally protected monuments/sites are not
well defined and highly irregular, the payment will be made on the basis area
calculated from the final drawing and actual area may be decreased and
increased.
2. The area calculated by the successful bidder may be submitted to expert from
circle office. The decision arrived at by the circle office will be final and binding
on either side.
3. The payment will be released after the completion of the work in all respects.
Part payment will be considered on the recommendations of the circle office of
the data generated by the Department officials. The quantum will be decided by
the ASI and there will be no negotiations on this aspect.
16
5. Arbitration:
1. All disputes or differences, including the claims for damages and compensation
whatsoever, arising between the parties, out of or relating to the construction,
meaning, However, if the parties are not able to resolve them amicably within a
period of 15(fifteen) days, the same shall be resolved by arbitration in accordance
with the Arbitration and Conciliation Act, 1996. The dispute may be referred to
arbitration by either party only after notice in writing to the other, clearly
mentioning nature of the dispute/differences. Such arbitration shall be conducted
by an arbitral tribunal consisting of three arbitrators one arbitrator to be
appointed by each Party, and the third arbitrator to be nominated by Director
General, Archaeological Survey of India, and Government of India. The Arbitration
and Conciliation Act 1996 or any statutory modification thereof shall apply to the
arbitration proceedings and the venue for the arbitration proceedings shall be
Mumbai and courts at Mumbai shall have exclusive jurisdiction. All the arbitration
proceedings shall be carried out in English language.
17
ANNEXURE I
GOVERNMENT OF INDIA
Archaeological Survey of India
Office of the Superintending Archaeologist, Mumbai Circle Mumbai
18
ANNEXURE II
GOVERNMENT OF INDIA
Archaeological Survey of India
Office of the Superintending Archaeologist, Mumbai Circle Mumbai
Name of the Work: Preparation of Survey Plan of the Centrally Protected Monuments
/ Sites covering Protected, Prohibited and Regulated areas.
I/We hereby tender for execution of work according for the President of India
described in the under mentioned memorandum according to specification within the
time specified and the rates specified therein subject to the conditions of the contract.
MEMORANDUM
Sl. Description of Estimated Rate (ln Unit Amount Remarks
No. Work Quantities INC) ln (in INC) ln
figure figures
and and words
words exclusive
of taxes
1. Preparation of
Survey Plan of
centrally protected
monuments and Per
sites covering Acres Acre
protected,
Prohibited and
regulated areas.
*Note: Areas of the above said centrally protected monuments/sites are indicative. The
actual area should be calculated after the mapping and abased on map as per clause
1 .12 of Terms and conditions.
Signature of Bidder/Firm/Company
19
I/We have perused the complete proposal document and am / are willing to undertake and
complete the assignments as per terms and conditions stipulated in the proposal document.
a. Our offer is inclusive of all taxes, incidentals, and overheads, travelling and lodging expenses
of deployed persons, printing and binding of reports all sundries and all other expenditure
for execution of this services / assignment, but excluding Service Tax to complete the work
as per terms and conditions and scope of work including deliverables.
b. We undertake, if our Bid is accepted, to achieve completion of the various sections of the
assignments within the period specified in this schedule.
c. lf our Bid is accepted we will furnish a performance security deposit of 10% of the order
value within 7 days of receipt of assignment order in the form of FDR in favour of the
Superintending Archaeologist Archaeological Survey of India, Sion Fort, Sion (E) Mumbai-
400 022 drawn from only scheduled Bank in India as security for the due performance of the
work assigned.
d. We agree to abide by this Bid for the period of 90 days from the date fixed for receiving the
same or such further period as may be mutually agreed upon and it shall remain binding
upon us and maybe accepted at any time before the expiration of that period. Should we fail
to abide by our Bids during the above said period of 90 days or such extended period as
mutually agreed to ASI shall be at liberty to forfeit the Earnest Money deposited by us.
e. This Bid, together with your written acceptance thereof, shall constitute a binding contract
between us.
f. We understand that the ASI Mumbai Circle reserves the right to amend the scope of Bid and
value of contract under this assignment and reject or accept any bid including the lowest or
cancel the Bid process and reject all Bids.
g. We agree that the ASI Mumbai Circle will not be liable for any such action and will be under
no obligation to inform the Bidder of the grounds for such action.
h. If our Bid is accepted we understand that we are held fully responsible for the due
performance of the contract.
20
I/We hereby agree to abide by and fulfil all the terms and provisions of the said
conditions annexed here to so for as applicable, and/or in default thereof to forfeit
and pay to the President of India or his successor in office the sum of money
mentioned in the said conditions. A sum of Rs……………/- is herewith forwarded in FDR
as earnest money. If I/We fail to commence the work to specify in the above
memorandum or if I/We fail to deposit the amount of security deposit specified in the
above memorandum. I/We agree that the said President or his successors in office
shall, without prejudice to any other right or remedy, shall be retained by him
towards such security deposit. I/We further agree that the President or his successors
in office shall also be at liberty to cancel the acceptance of the tender if I/We fail to
deposit security amount to aforesaid.
21
ANNEXURE III
1.1 ln the contract (as hereinafter defined) the following words and expressions shall
have the meanings hereby assigned to them except where the context otherwise
requires.
Note:
a. Singular and Plural: Words importing the singular also include the plural and
vice versa where the context so requires.
b. Headings: The marginal headings or notes in these General conditions shall not
be deemed to be part thereof or be taken into consideration in the interpretation
or construction thereof of the contract.
c. Protected Area: Notified area of the monument or site or as specified by ASI
22
d. Prohibited Area: Every area, beginning at the limit of the protected area of the
protected monument or site, as the case may be and extending to a distance of
100 meters in all directions.
e. Regulated Area: Every area, beginning at the limit of prohibited area in respect
of every protected monument or site and extending to a distance of 200 meters in
all directions.
The successful bidder shall commence the work within 7 days from the date of issue of
the award letter by the employer (i.e. intimation of the acceptance of the Bid and carry out
the same expeditiously at whatever point or points and in such portion as employer may
direct. The surveyor shall complete the works within 90 days from the date of
commencement. During the assignment, the surveyor shall submit the Report as per the
Terms of Reference.
The bidder shall exercise all reasonable care and diligence in the discharge of all
technical, professional and contractual duties to be performed by them under this
contract and shall be fully responsible to the Department for the proper, efficient and
effective execution of their duties.
1.5 Confidentiality
a. The surveyors shall treat all the documents and information received from the
Department, submitted to Department and all other related documents
/communications in confidence and shall ensure that all who have access to
such material shall also treat them in confidence. The surveyors shall not
divulge any such information without the prior shall written permission of
23
Department. The surveyors shall return all the documents received from the
Department from time to time after completion of the related works.
1.6 Suspension of the Contract
a. If any of the following events shall have happened and be continuing, then
Department may, by written notice to the surveyors, suspend in whole or in
part, payment due thereafter to the surveyors under the contract.
b. A default shall have occurred on the part of the surveyors in the execution of
the contract.
c. Any other condition which makes it unable for either party by reason of "Force
Majeure" to successfully carry out the assignment/s or to accomplish the
purpose of the contract.
a. Upon and termination of the Contract under Clause-1.7, the surveyors shall take
immediate steps to terminate the services in a prompt and orderly manner and
reduce losses and to keep further expenditure to a minimum.
b. Upon termination of the contract (unless such termination shall have been
occasioned by the default of the surveyors), the surveyors shall be entitled to be
reimbursed in full for such costs as shall have been duly incurred prior to the
date of such termination.
24
b. Neither party shall be liable to the other party for loss or damage sustained by
such other party arising from any event referred to in clause (a) above or delays
arising from such events.
c. The term "Force Majeure" as employed herein, shall mean "Act of God, Strike,
Lockouts or other Industrial Disturbances, Insurrection, Riots, Epidemics,
Landslides, Earthquakes, Storms, Lightning, Floods, Wash Outs, Civil
Disturbances, Explosions and any other similar event not within the control of
either party, and which, by the exercise of due diligence, neither party is able to
overcome.
d. Force Majeure shall not include any event which is caused by the negligence or
intentional action of a party or agents or employees, nor any event which a
diligent party could reasonably have been expected to both (A) take in to
account at the time of the conclusion of this contract and (B) avoid or overcome
in the carrying out of its obligations here under.
1.10 Responsibility of Surveyors during the assignment:
a. During the validity period of the surveyor services, the surveyors shall hold
discussions with the Officer in Charge and/or the Experts Committee and make
presentations on the Reports/findings.
1.11 Facility to be made available to Surveyors:
The Department shall provide the following resources and facilities to the surveyors:
a. A limited space without affecting the day to day activities of the public visiting
the monuments or living in the fort will be made available to the surveyor
subject to availability at the discretion of the officer in charge. No rental
charges will be levied for the working area spared to the surveyor during the
tenure of the contract including extended period, if any granted.
b. The Department may also provide a small space in a building, subject to
availability and suitability of accommodation to keep his instruments and other
wares. The safety of the material kept in the space provided will be at the risk
of the surveyor.
c. The Department may undertake to remove minimum vegetation whenever
there is a problem of sighting. Such request should come well before to the
officer in charge.
25
b. The area calculated by the successful bidder on the above basis may be
submitted to the expert from Regional Director Office or concern circle office
under Western Region for verification. In that event, a representative from the
successful bidder and ASI may present the method of calculation to the expert
c. After hearing the sides, the decision arrived at by the Regional Director office
or circle office will be final and binding on either side.
d. The payment will be released after the completion of the work in all respects.
The right to part payment is reserved with ASI. The quantum, if demanded,
will be arrived on/at the recommendations of the circle office of the data
generated by the Department officials. The quantum thus arrived at may be
accepted or reduced or rejected by the ASI and there will be no negotiations on
this aspect.
e. The payment will be made through NEFT/ RTGES on production of a mandate
form from the Bank within reasonable time.
f. All statutory deductions like TDS will be done as per rules the surveyors shall
be paid the lump sum fee/ charges (to be quoted by the bidder) for providing
the services against the deliverables as stated in the Terms of Reference.
a. In the event of The surveyor shall commence the assignment within the period
named in the tender after the receipt by him of an order in writing to this
effect from the ASI and shall proceed with the same with due expedition and
without delay except as may be expressly sanctioned or ordered by the
Department or be wholly beyond the control of the surveyor. The surveyor
shall maintain the Total amount of progress required as per schedule. If the
progress of assignment is held up owing to circumstances, which in the
opinion of the engineer are beyond the control of the surveyor, such as war,
stormy weather and for other reasonable causes in the opinion of the ASI, ASI
may at his discretion grant to the surveyor such extension of time as he
considers reasonable for the completion of assignment.
b. The amount or nature of extra or additional work, or any cause of delay
referred to in these conditions, or any delay, impediment or prevention by the
Employer, or other special circumstances which may occur, other than
through a default of or breach of contract by the surveyors or for which he is
responsible, being such as fairly to entitle the surveyors to an extension of the
Time for Completion of the Assignments, or any Section or part thereof, the
ASI shall accord, after due consultation such extension and shall notify the
surveyors accordingly.
c. The execution of the assignments during the extended period also, shall be
only under the conditions and at the Total amount specified in the contract.
The grant of such extension of time will not bestow on them any right to claim
compensation or extra payment at a future date whatsoever. No claim shall be
26
made by the surveyor on the grounds of executing the assignment beyond the
completion period stipulated in the contract.
a. If or any reason, which does not entitle the surveyors to an extension of time,
the Total amount of progress of the Assignments or any Section is at any time,
in the opinion of the ASI, shall so notify the surveyors who shall thereupon
take such steps as are necessary, subject to the consent of the Engineer, to
expedite progress so as to comply with the Time for Completion. The
surveyors shall not be entitled to any additional payment for taking such steps.
a. If the surveyor fails to complete the assignment in all respects within the
time specified or within the extended time that may be allowed by the ASI as
per clause 1.13, the surveyor shall pay or allow to ASI a sum equivalent to
0.5% (half percent) per day inclusive of holidays) or part thereof of the total
value of the contract subject to a maximum of 5% of the total value of the
contract as liquidated damages/late delivery charges and ascertained
damages and not by way of penalty, for every day thereof beyond the said
period or extended period as the case may be during which the assignment
shall remain unfinished. Such damages will be deducted from any amount
payable to or to be payable to the surveyor including any securities/
guarantees if any available with ASI. The payment of such damages does not
relieve the surveyor of his obligations to complete the assignments or from
any other of his obligations or liabilities under this contract.
a. The progress of the assignment at each stage will be subject to the approval
of the ASI whose decision as to the Total amount of progress at each stage
shall be final and binding on the surveyor. ASI reserves to itself, the right to
cancel the contract for unsatisfactory progress in the assignment at any
stage.
27
1.18 Release of Performance Security Deposit
The Amount deposited by the surveyor, as security Deposit under this Assignment will
be refunded to the surveyor only after satisfactory completion of the assignment
pursuant to sub clause 1.15 and 1.16. In case of non-completion of the surveying job
within the specified period of 90 days or extended period of time for completion (as
per clause 1.13) the Security deposit will be forfeited.
a. The bidder shall submit the program of work and inspection report including
methodology to be adopted before the start of work.
a. The bidder shall take precautions to ensure safety of the star, existing utility
services, adjoining structures etc. during progress of the work. The bidder shall
also make necessary arrangement for the safety office workers if any accident
occurs the entire responsibility fall on the part of the bidder.
b. The bidder shall take a note that some parts of fort may be structurally weak
and dilapidated. While surveying the surveyors or his workers should take
adequate care while climbing over them for taking reading. They should check
very carefully the condition of the building ahead. At any point, if there is
serious problem that may critically affect the survey, the same may be brought
to the notice of the officer in charge.
c. The surveyors and his workers should not cause any inconvenience to the
visitors who visit the monuments or public residing inside the fort.
a. The bidder shall be responsible for all risks to the works and for trespasses and
shall make good at his own expense all loss or damage whether to the works
themselves or to any other property of the government (including Utility
Services).
b. ASI is not responsible for the lives of persons or property of others whatsoever
may be the cause in connection with or as a result of the execution of works
even though all reasonable and proper precautions may have been taken by the
bidder. Such cost, loss or damages or compensation (including that payable
28
under the provisions of the Workmen's Compensation Act or any statutory
amendments thereof) to any person or persons sustaining damage as omission
on the part of the contractor, is to be borne by the bidder.
c. The amount of any cost or charges (including cost and charges in connection
with legal proceedings), which may incur in reference thereto, shall be charged
to the or to defend or comprise any claim or threatened legal proceedings or in
anticipation of legal proceedings been instituted consequent to the action or
default of the bidder to take such steps as may be considered necessary or
desirable to ward off mitigate the effect of such proceedings, charging to the
bidder as aforesaid any sum or sums of money which may be paid and any
expenses whether for reinstatement or otherwise which may be incurred and
the propriety of any such payment, defence or comprise and the incurring of
any such expense shall not be called in question by the bidder.
a. In case bidder fails to complete work as per schedule, ASI has discretion to get
the work done completed by any other agency at risk and cost of the agency to
which the work has initially been awarded by giving 7 days’ notice.
29
V. The bidder must impart the necessary training to the staff at ASI for processing
and editing the final dataset of the photogrammetric survey and shall have no
claim or use whatsoever.
VI. The bidder shall not reproduce any data collected from the work in any form.
VII. In case of any discrepancy in the description of work in the tender documents,
the decision made by Archaeological Survey of India shall be final and binding
on the bidder.
VIII. Any error in description, quantity or rate in schedule of quantity or any
omission there from shall not vitiate the contract or release the bidder from the
execution of the whole or any part of the contract works comprised there in
according to drawings and specifications or from any office obligations under
the contract.
IX. All the documents and drawings created out of the assigned work will become
the sole property of ASI and ASI will be free to use the same in any manner
deemed fit.
X. The agency will exercise all responsible skill, care and diligence in the
performance of the service under this work and shall carry out all the
responsibilities with recognized latest professional standards.
I, as authorised signatory, have read the above conditions fully, particularly the
clause 1.12 Terms of payment and the procedure adopted for calculation of area. I
have fully understood them and agree to abide by them.
30